You are on page 1of 34

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

(A subsidiary of Oil & Natural Gas Corpn. Ltd ONGC)


Regd.Off: P.O.Kuthethoor, Via: Katipalla, Mangalore-575030 (India) Phone: 0091-824-2270400 Fax: 0091-824-2271239

PUBLIC TENDER

Conduct comprehensive water audit study in the refinery as per enclosed specification
TENDER NO.3300001966 DTD 28.11.2013.

Sl. No. 1. 2. 3. 4. 5. 6.

Description NIT/ Instruction to Bidder (ITB) BQC, BEC General conditions of Contract. BQC compliance , deviation statement, EMD, SD format etc. Technical specification Price bid format

Page No. 02-03 04 05-22 23-29 30-33 34

SALE OF DOCUMENT FROM 28/11/2013 SALE END ON 06/01/2014 LAST DATE OF BID SUBMISSION 06/01/2014 15:00 HRS

NOTICE INVITING TENDER (NIT)

Job/Work/Service:
specification

Conduct comprehensive water audit study in the refinery as per enclosed

MRPL, invites tenders under Manual two bids system for the above job. The Tender documents are available for sale as per the schedule/details.

DOWNLOADING OF DOCUMENTS PRE BID MEETING

TENDER

FROM 28/10/2013 TO 06/01/2014 18/12/2013 RS. 106/- (INCL OF VAT)

TENDER FEE AMOUNT

DUE/LAST DATE/ TIME OF BID 06/01/2014 AT 15:00 HRS SUBMISSION TIME OF OPENING TECHNICAL BID 06/01/2014 AT 15:30 HRS

EARNEST MONEY DEPOSIT

RS 24,000/-

1.

Vendors should get clarified all the technical doubts and other points related to the tender before submitting the priced and unpriced offer and no deviation is allowed. Bidders are required to visit the site before submission of quotes, you may contact Sr. Eng (Env), MRPL, Phone 0824-288 2524 and visit the site before submitting the quote. MRPL reserves the right to reject any or all the tenders or to accept in part without assigning any reason thereof and the decision in the matter will be final and binding on all the parties. In case of Tender fee, the parties are requested to send Tender fee by way of DD/Bankers cheque (non-refundable) issued by a Scheduled/ Nationalised Bank in the name of MRPL, Mangalore payable at Mangalore along with a request letter. The vendor shall submit the offer fulfilling the following conditions:

2.

3.

4.

5.

The vendor shall submit the offer as follows.


1.

Vendor shall submit the offer in two parts 1) Techno commercial (unpriced) bid and 2) Price bid-

Price bid shall be submitted in the same format as mentioned/Included in the Tender document. Price bid to be submitted in a sealed & separate envelope. Techno-commercial bid shall be submitted with all documents that are called for proof of eligibility, if any, all the pages of the tender documents duly signed for acceptance, Unpriced Price bid copy indicating quoted items, Integrity Pact (if applicable), tender fee, EMD etc. BQC compliance data to be filled & submitted along with Techno commercial bid. Bids shall be summarily rejected if technical & price bids submitted together.

6.

Vendor shall communicate in below address for correspondences,

GGM (Materials) Materials Department, Mangalore Refinery and Petrochemicals Limited, Post Kuthethoor, Via Katipalla, Mangalore 575 030. Offer submitted without EMD & Tender fee will be summarily rejected without assigning any reason. Late receipts will also be rejected. Please note that bid should be submitted through EPS only on or before the time / date of bid submission.

7.

MRPL reserves the right to reject any or all the tenders or to accept in part without assigning any reason thereof and the decision in the matter will be final and binding on all the parties. "The item supplied / service provided shall be Environment friendly and Energy efficient."

8.

Thanking you, For Mangalore Refinery Petrochemicals Limited

The Bid Qualification Criteria is as follows:


1) The Bidder should have experience in the area of Water Auditing in any refinery/ Petrochemicals/ Fertilizers/ Continuous Process industries. 2) The average annual turnover of the Bidder during last three financial years ending 31st March of the previous financial year shall not be less than Rs 3.60 Lacs. 3) Experience of having successfully completed one water auditing study job during last 3 years ending last day of month previous to the one in which tenders are invited should not be less than Rs 3.00 Lacs. The relevant documentary evidence like work order copies, completion certificate, Audited P/L sheet & performance certificate are required to be enclosed with the technical bid.

Bid Evaluation Criteria (BEC)


1. The bidder should accept in toto the Technical Specification & scope of work given in the tender. 2. Techno-Commercially acceptable bids will be evaluated on overall L-1 basis i.e., landed cost to MRPL.

GENERAL CONDITIONS OF CONTRACT (GCC)


TERMS AND CONDITIONS (forming part of Technical Bid) 1. a. b. GENERAL GUIDELINES Tender should be submitted in the prescribed form supplied by the company only. Every tenderer must be strictly in accordance with the conditions and specifications prescribed by MRPL. Special conditions (if any) submitted along with the tender documents by the bidder will not be applicable to this Tender, in case they are in conflict with any of our terms and conditions. All entries in the tender must be written in permanent ink or typewritten without use of eraser or overwriting. Corrections if any, should be attested under the full signature of the tenderer. All the Rates given in the Tender must be expressed both in words and in figures and in case of difference between the two, the rates given in words would be final and considered correct. All tenderers are required to read these conditions carefully and return one set duly signed by them as token of having read, understood and accepted the conditions, along with information called for by MRPL. All tenderers are required to give details in the Performa attached (Appendix-I & II) and attach to Technical bid All tenderers are required to go through the GCC and sign all the pages for acceptance of all the terms and conditions. Bids shall be summarily rejected if technical & price bids submitted together.

c. d. e. f. G. h.

Bidders are required to serially number all the pages being appended by them as part of submission to the Technical bid. Such numbering shall include , Covering letter, Technical specifications, Items list being offered, Drawings, Bid qualification proof, Testimonials, Certificates, Catalogues, Compliance or Deviation statements, etc as applicable to this Tender and create an Index Page with headings and corresponding page numbers. In addition to this, all pages of the Tender documents issued by MRPL shall be signed on all pages and submitted along with the Technical Bid. i. Bidder should have independent ESI & PF code allotted by Employee State Insurance Corporation and Employees Provident Fund Organization. The details should be enclosed along with the technical bid. However, in the event of non-availability of PF code at the time of submitting the bid, the successful bidder shall obtain the same within 45 days from the date of commencement of the work and an undertaking to this effect shall be enclosed. The wages paid by the contractor to their employees / workmen shall be fair and in no case be less than the wages prescribed by the appropriate Government under the Minimum Wages Act, 1948 (The minimum wages prevalent as on 01.04.2013 is given as in under) and all provisions of Regulation of Contract Labour Act. In addition to the minimum wages prescribed by the appropriate government/authorities, the successful bidder shall pay MRPL special allowance. The rate of MRPL special allowance are Rs 17/- & Rs. 25/- for unskilled/cleaning & sweeping, and Semiskilled, category respectively per day of attendance. Minimum wages as prevailing on Bid closing date to be considered while bidding. Any increase in minimum wages up to 10% per annum as compared to the minimum wages considered on the bid closing date will not be considered for reimbursement during contract period. Any increase in minimum wages beyond 10% will be reimbursed to Vendor only on the labor content of awarded rates (If applicable). All safety gadgets, Uniform shall be given to the employees by the bidder as per F&S Dept requirements.
k.

j.

The Minimum wages prevailing with effect from 01.04.2013 are as follows: Category of worker Unskilled Semi-skilled / Unskilled supervisory Skilled/Clerical Highly skilled Sweeping & cleaning Wages ( In Rs) Rs.246.00/Rs.279.00/Rs.328.00/Rs.361.00/Rs.246.00/MRPL Special allowance (Rs) Rs.17.00/Rs.25.00/Rs.35.00/Rs. 45.00/Rs.17.00/-

The Rates mentioned above are the current rates. Changes if any will be informed once received. In addition to the above, the bidder should pay MRPL Special Allowances, and employer contribution of PF@12%, Admn charges@1.61%, ESI@4.75%, Leave wages, Bonus@8.33% or Rs.3,500/- per annum whichever is less as per bonus act.

2. a. b.

EARNEST MONEY DEPOSIT Incomplete tender/ tenders without requisite EMD will be rejected. The Company reserve the right to reject any tender or all the tenders without assigning any reason whatsoever. The tenderer or their representatives with necessary authorisation letter can be present during the technical bid opening/Pre bid conference.

C . Company will not be responsible for loss or late / non receipt of tender documents. i. ii. iii. d. a. b. No interest shall be payable on Earnest Money Deposit. Tenders not accompanied with EMD/late receipts will be rejected. No Cheques will be accepted towards EMD. EMD may be paid in one of the following forms in a separate sealed cover. Demand drafts or Pay Order drawn on Scheduled Bank in favour of MRPL, Mangalore. Bank Guarantee in prescribed format (enclosed)which is enclosed, executed by scheduled / Nationalised Bank and valid for a period of 120 days from the bid closing date.

e. Earnest Money is liable to be forfeited if tenderer. a. b. c. d. f. a. b. c. d. g. Withdraws or modifies offer in full or part during the validity period Does not accept Purchase /Work Order if placed by MRPL Does not Confirm of acceptance of order within the stipulated time after placement of order. If documents submitted along with the bid are found false, fabricated etc. The following are exempted from payment of EMD The unit is registered with NSIC for the item tendered. Registration Certificate is valid as on date of opening of the tender. Quotation is accompanied by Photostat copy of valid NSIC registration certificate. PSUS are exempted from payment of EMD. Refund of EMD

a. If the successful tenderer commences supplies/work and also lodges the security deposit in the manner prescribed and within the period specified, MRPL shall return to him Earnest Money Deposit, paid by him without any interest thereon. b. Earnest Money Deposit will be refunded to all unsuccessful tenderers after finalisation of the Tender without any interest within 15 days. 3. Bid Validity/Bid opening a. The rate quoted against this tender shall be valid for a period of 60 days from the date of opening of tenders and once the quotation is accepted and order placed on the successful tenderers, the rate shall be valid for the full period of the contract.(INCLUDING THE EXTENDED PERIOD , IF OPTED BY MRPL). Tenderers are requested to carefully study the entire tender document and the conditions so specified before quoting their rates, no alteration in the tender rates quoted will be allowed. The price will remain firm except for change / imposition of any new /additional statutory levies/taxes/duties on plant and equipment /Services if applicable. The price shall be inclusive of all current applicable duties (WCT etc/taxes/charges etc. The details of such duties/taxes are specified with break up. Only Service tax, as applicable shall be payable extra. The Technical bid opening for Public Tenders will be done on the same day of Bid closure. The price bid of the qualifying parties will be opened in the presence of their representatives as per MRPL Procedures. The time and date of opening will be intimated separately only to qualifying parties. Price bids, which remain unopened with MRPL, will be returned to the bidders.

b.

c.

d. e.

4. ACCEPTANCE OF TENDER MRPL reserves the right to accept or reject in part or whole any or all the tenders received without assigning any reason whatsoever. MRPL is not bound to accept the lowest tender and reserves the right to split the tender if deemed fit. The decision of MRPL in this regard shall be final.

5. COMMERICIAL TERMS a. SECURITY DEPOSIT

The Successful tenderer will have to deposit with MRPL (within 15 days of award of work order) an amount equivalent to 10% of Contract value interest free security deposit towards due & satisfactory performance of contract. a) b) In the form of Pay order or Demand Draft in favour of MRPL drawn on a Nationalised / scheduled bank payable at Mangalore on which no interest will be payable or In the form of Bank Guarantee from Nationalised / scheduled bank acceptable to MRPL as per company standard Performa which is enclosed. The Bank Guarantee will be valid for 1 year, renewable every year, for the balance period of the contract

MRPL is entitled without being bound to do so, to adjust the whole or any portion of the security deposit towards the recovery of any amount due to MRPL from the successful tenderer. The Security Deposit or such portion thereof that has not been adjusted towards recovery of amount due from the successful tenderer, will be refunded within 15 days of on satisfactory completion of the contract and provision of 10% PBG towards Defect Liability Period (if applicable). No interest is payable by MRPL to the successful tenderer on the security deposit. Security deposit shall be forfeited in case the vendor fails to execute the order. b. OBSERVATION OF FORMALITIES RELATING TO PF, ESI, REGISTRATIONS , SERVICE TAX ETC. It should be confirmed by the successful tenderer that his/their organisation is already registered with the Provident Fund Commissioner and the details may please he furnished to us for MRPL'S records and the reference. MRPL will reserve its right to inspect the records pertaining to Provident Fund rules (Annexure V). (1) PF / ESI Code: The Tenderer shall indicate his / their PF Code / ESI Number in their tender, (2) Income Tax The Tenderer shall in all cases indicate his income tax Permanent Account Number.(PAN) (3) Service tax/ VAT/ Sales tax The successful bidder should furnish Serially Numbered and signed invoice/bill (in duplicate) containing following details : Service Tax Registration Number, Registration date, Service Tax Range and Division with address -Description, classification and value of taxable service rendered and service tax Charged. MRPL will be unable to process the Bill for payment unless the conditions prescribed under Service tax Rules as given above are complied with the successful bidder c. Payment terms No advance payment will be made. In case of Advance is sought for, it can be granted only against Bank Guarantee and such advance will be recovered from Monthly bills. Interest will also be chargeable for the Advance at Bank rates/as decided by MRPL. Payment will be made for the actual work done/ supply of materials/Job/services performed and certified by Engineer In charge. Such payment will be made within 15 days of submission of bills. a. 100% of the actual work done on completion of the job/ against monthly progressive bills submitted duly certified by the Engineer In charge (subject to submission of SD for 10% of the order value).

Retention money, if specified, will be withheld before releasing all payments i.e either monthly or progressive/ stage wise payments. Necessary deductions for Cenvat credit/other taxes/duties as applicable and other dues, like Income tax etc if any will be deducted from Contractors Running bills. Deviation with payment terms may result loading @ SBI PLR +2%. Bills can be submitted after completion of work/ once on monthly basis against progressive work completion/as per milestones specified as per Tender. d. Payment mode: MRPL has introduced Electronic payment system for all vendors / contractors. All payments shall be through electronic mode (RTGS/NEFT) from our Corporation Bank Account. Therefore, vendors are requested to furnish the information as per attached format on issue of order to successful bidder. Any change in the particulars shall be immediately informed to MRPL.

6. INSPECTION/ OPERATION CONTRACTMRPL shall have free access to visit the bidders premises/work area where the job/services are taking place and or inspect the same. The successful tenderer will be responsible for quality of all the services/job at all times under valid permits/as authorised by Engineer Incharge.

7. SUB-LEASING/OPERATION OF CONTRACT The successful tenderer shall not be allowed to sublet or assign the benefits of the Purchase/Work order placed on them by MRPL to any other party without prior written consent of the MRPL. 8. CANCELLATION /TERMINATION MRPL shall be at liberty to cancel the contract forthwith at any time under the following conditions. a. b. i. ii. c. d. e. f. g. h. If the successful tenderer shall commit a breach of any of the conditions stipulated contract and fail to remedy such breach within four days of the receipt of the written notice from MRPL in this regard. Upon The death or adjudication as insolvent of the successful tenderer, if he/she be an individual. The liquidation, whether voluntary or passing of the effective resolution for winding up of the successful tenderer if it be a company. If any successful tenderer or any partner in the firm of the successful tenderer shall be convicted of any criminal offence. If a receiver is appointed of any property or assets of the successful tenderer. If the work/ services are no more required by MRPL. If the license issued to the successful tenderer by the relevant authorities for modification filling and storage of product supplied by MRPL is cancelled or revoked. If the successful tender deliberately contaminates or tempers with quality or product supplied by MRPL. MRPL will be at liberty to short close the contract work order without assigning any reason whatsoever by giving a notice of l (One) month Specified delivery schedule/ completion period is not adhered to beyond 3 months from due date unless specifically agreed by MRPL. Laid down specifications are not adhered to or when the performance of the contract is unsatisfactory Major contractual terms and conditions are violated insolvency of the supplier The MRPL right to cancel the contract under the terms, aforesaid shall be without prejudice to any of its other rights and remedies against the successful tenderer In the event of MRPL cancelling the contract, it shall not be liable to pay for any loss or compensation in respect of such cancellation 9. CORRECTNESS OF DOCUMENT It shall be understood that every endeavour has been made to avoid error which can materially affect the basis of this tender and the successful tenderer shall take upon himself and provide for risk of any error which any subsequently be discovered and shall make no subsequent claim on account therof no advantage is to be taken by the tenderer successful Or otherwise of any clerical error of mistake which may occur in the general specification, schedules, plans of tender forms supplied to the tenderer 10. FORCE MAJEURE CLAUSE If at any item during the continuance of the contract the performance in whole or part by either party of any obligation under the contract shall be prevented or delayed by reasons of war, hostility acts of public enemy, civil commotion, sabotage. fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as events) then provided notice of the happenings of any such events if given by either party or the other within twenty one days from the date of occurrence thereof, neither party shall by reasons of such event, be entitled to terminate the contract nor shall either party have any claim for damage against whether in respect of such non-performance or delay in performance. Deliveries or acceptance of deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the MRPL as to whether the deliveries or acceptance of deliveries have to be so resumed or not shall be final and conclusive provided further if the performance in whole or part or any obligation under the contract is prevented or delayed by reasons of any such event for period exceeding 60 days either party may at its option terminate the contract

i. j. k.

11. BEST PRICE CLAUSE In the case of 'Successful Tenderer (s), the orders placed are them will be governed by the "Best price clause" under which the Tenderer on whom the order is placed offers a lower rate/better terms (other than at which order is placed on the items tendered by MRPL) to any other Oil Company (PSU)/other private parties during the pendency of the order, the same price/terms will automatically be applicable to MRPL with effect from the date of such lower rates offered by the vendor to other parties. 12. RISK PURCHASE CLAUSE: In the event of Contractor not meeting the indents placed by the Company with in the stipulated time, then Company would be free to use the services of any others and recover the difference in such services and additional expenses incurred by the Company from the Contractor.

13. MANPOWER EMPLOYED BY TENDERER The successful tenderer shall deploy adequate staff of the requisite competence that may be required for meeting the scope of services/work called for. It is hereby specifically agreed that the responsibility for the employment of staff and their salary, wages remuneration, etc, shall be the sole responsibility of the successful tenderer and that MRPL shall not be responsible in any manner directly or indirectly for such employment or expenses so incurred by successful tenderer thereof. Successful tenderer shall give a declaration to this effect. The Contractor has to comply with all Labour related laws/rules in force w.r.t Minimum wages Act, Factories Act, Labour ACT and all other such regulations/amendments made from time to time and in force and maintain all documents as required by Law enforcing Authorities and produce the same as and when called for. It is understood and agreed that there is no Employer- Employee relationship between MRPL and the Contractor AND /or Contractors employees in any way whatsoever and the contractor shall be the Employer within the meaning of different labour legislations in respect of workmen employed by the Contractor. The Contractor has to carry on their business or occupation as Independent Contractors and this point shall be made clear in writing to all persons engaged by the Contractor before engagement of the person/s. The Contractor shall issue an Employment card in Form XIV as per Contract Labour(Regulation and Abolition Act 1970 OR Photo Identity card to each Worker. MEDICAL: In case of Annual Contracts exceeding more than one year, the Contractor should get medical examination of the contract workers done every year either in MRPL Hospital or in ESI Hospital and produce the medical certificate in the prescribed format (Form No.16)". 14. LIQUIDATED DAMAGES FOR DELAYS EXECUTION OF CONTRACT: If the successful tenderer commits any default or breach of terms and conditions of the Work Order to be placed on them or fail in the due performance thereof within the time fixed by Engineer In Charge (which is the essence of the contract) and do not complete the entire supplies / work on the stipulated due date, MRPL shall be entitled to recover from the successful tenderer by way of compensation or liquidated damages an amount calculated at the rate % value of the contract price subject to a maximum of 5 % of value of the contract for every week or part thereof the delay beyond the stipulated date. LD will be imposed on the cost of contract price of delayed in completing the work within the scheduled time, except however, where, in the judgment of MRPL the executed partial job/work quantity does not fulfill the operating need, LD will be imposed on full value of the Work Order 15. COPY RIGHT /TRADE MARK OF MRPL RELATED DISCIPLINE The successful tenderer shall not infringe, copy, imitate or otherwise deal with brand name, trade or merchandise marks or devices of design or copyright belonging to MRPL entitled to use or otherwise alter, deface or interface with the same or pass of other goods or describe others goods as the same as that of MRPL or having been manufactured of MRPL of otherwise prejudice alter or affect the copyright, trade or merchandise marks or certified packing or design or colour of the company's labels or specification or the price or weight or other codification that is marked on the packing or caused to be given by MRPL, it is expressly agreed that all trade marks, design and copyright shall vest in MRPL, and nothing contained in this offer shall have the effect of creating any right, title or interest in respect of the successful tenderer. 16. BUSINESS SECRET/MARKETING DISCIPLINE It is hereby specifically agreed by the successful tenderer that this clause shall be deemed to be a condition going to the root of this offer, that the successful tenderer shall not at any time during the subsistence of this contract or any time after its termination, call itself or hold out itself, advertise in any manner whatsoever by publication or otherwise, by printing, in writing or by any visual representation, either in it's letter heads or news paper or magazines or leaflets, or by broadcasts over radio or by television or by any other media communication or In any manner whatsoever other than the appropriate Government Authorities to the extent necessary unless so permitted in writing by MRPL. The successful tenderer hereby agrees and undertakes not to disclose to any party whatsoever any formulate blend order, specifications, trade secrets, marketing projection or intelligence or any other data or information and shall keep absolute secrecy in all matters pertaining to this offer, all correspondence relating thereto, all instructions given or anything having any relevance with the offer on any matter touching or arising out of this arrangement including the Books, Accounts,

papers and correspondence and shall keep strictest secrecy and confidence thereto to any person whomsoever other than appropriate Government Authorities to the extent necessary, unless directed to do so by MRPL in writing. 17. ARBITRATION CLAUSE

Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties are unable to settle mutually, the same shall be referred to arbitration as provided hereunder: 1. A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by giving 60 days notice to the other party. The notice invoking arbitration shall specify all the points of disputes with details of the amount claimed to be referred to arbitration at the time of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal. The number of the arbitrators and the appointing authority will be as under: Claim amount (excluding claim for interest and counter claim, if any) UptoRs. 5 crore Above Rs. 5 crore Number of arbitrator Sole Arbitrator 3 Arbitrators Appointing authority

2.

MD, MRPL One arbitrator by each party and the 3rd arbitrator, who shall be the presiding arbitrator, by the two arbitrators.

3.

The parties agree that they shall appoint only those persons as arbitrators who accept the conditions of this arbitration clause. No person shall be appointed as arbitrator or presiding arbitrator who does not accept the conditions of this arbitration clause. Parties agree that there will be no objection if the Arbitrator appointed holds equity shares of MRPL and / or is a retired officer of MRPL / any PSU. However, neither party shall appoint its serving employee as arbitrator. If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party /arbitrators to appoint to another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left if both parties consent for the same; otherwise, he shall proceed de novo. Parties agree that neither party shall be entitled for any pre-reference or pendente-lite interest on its claims. Parties agree that any claim for such interest made by any party shall be void. The arbitral tribunal shall make and publish the award within time stipulated as under: Amount of Claims and Counter Claims (excluding interest) UptoRs. 5 crore Above Rs. 5 crore Period for making and publishing of award (counted from the date of first meeting of the arbitrators ): Within 8 months Within 12 months

4.

5.

6. 7.

8.

The above time limit can be extended by the arbitrator, for reasons to be recorded in writing, with the consent of the parties. Each party shall be responsible to make arrangements for the travel and stay etc., of the arbitrator appointed by it. Claimant shall also be responsible for making arrangements for travel / stay arrangement for Presiding Arbitrator and the expenses incurred shall be shared equally by the parties. In case of sole arbitrator, MRPL shall make all necessary arrangements for his travel / stay and the expenses incurred shall be shared equally by the parties.

9.

The Arbitration shall be held at the place from where the contract has been awarded. However, parties to the contract can agree for a different place for the convenience of all concerned.

10. The Arbitrator(s) shall give reasoned and speaking award and it shall be final and binding on the parties.

10

11. Subject to aforesaid, provisions of the Arbitration and conciliation Act, 1996 and any statutory modifications or reenactment thereof shall apply to the arbitration proceedings under this clause. Arbitration Clause applicable in case of Purchase Orders/ Contracts on Public Sector Enterprises

In the event of any dispute or difference relating to, arising from or connected with the contract, such dispute or difference shall be referred by either party to the arbitration of one of the Arbitrators in the Department of Public Enterprises to be nominated by the Secretary to the Government of India, In charge of Bureau of Public Enterprises. The Arbitration and conciliation Act 1996 shall not be applicable to the arbitration under this clause. The award of the arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside on revision of award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall be decided by the Law Secretary or the Special Secretary/ Additional Secretary, when so authorized by Law Secretary, whose decision shall bind the parties finally and conclusively. The parties in the dispute will share equally the cost of arbitration as intimated by the Arbitrator.
18. JURISDICTION The Vendor hereby agrees that the Courts situated in Mangalore alone shall have the Jurisdiction to hear and determine all actions and proceedings arising out of this contract. This agreement is subject to the special conditions stipulated in our schedule and (or work Order No. ____________ dated _____________ and subsequent amendments, if any, issued from time to time. 19. Any party or its associated company if had been in the holiday list / Black-listed by any Central / State Government agencies or any Central / State PSU company and such name appears in the list of the above mentioned central / state Government agencies or central / state PSUs as on date is disqualified and would not be considered. A self certified copy to this effect/ or an affidavit that the vendor is not black listed by above mentioned Agencies is required to be produced, if called for by MRPL, in the event of award of work order. 20. Originals of the qualifying documents should be produced as and when asked for verification, and failure to produce such Original document/s at specified date, time and place would mean rejection of tender for further evaluation. 21. MRPL reserves the right to accept or reject any or all tenders and at any stage of the tender evaluation process at the company's sole discretion and without assigning any reason thereof. 22. The Bidder / Contractor take on record that MRPL has been declared as a Public Utility Service under Industrial Dispute Act 1947 and essential Services Maintenance Act 1994 and various other provisions hereby undertake on their behalf and on behalf of the employees under their roll that they refrain from indulging in any activity /ies which would hamper Industrial peace in MRPL and also would extend our Assistance and support to MRPL to comply with the requirements within mentioned statutory requirement / declaration.

11

Other Conditions of the Contract (As applicable) 1.0 General 1.1 This shall be read in conjunction with the General Conditions of Contract, Scope of work specifications of work, drawings and any other document forming part of this contract wherever the context so requires. Notwithstanding the sub divisions of the document into these separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the contract so far as it may be practicable to do so. Where any portion of the Special Conditions of Contract (SCC) is repugnant to or at variance with any provisions of the General Conditions of Contract them unless a different intention appears. the provision of the Special Conditions of Contract shall be deemed to override the provisions of the General Conditions of Contract only to the extent such repugnancies or variations in the Special Conditions of Contract as not possible of being reconciled with the provisions of General Conditions of Contract. Wherever it is stated any where in this tender document that such and such a supply is to be effected or such and such a work is to be carried out, it shall be understood that the same shall be effected/carried out by the contractor at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. 1.2 The materials, design and workmanship shall satisfy the relevant Indian Standards, the Technical Specifications contained herein and codes referred to. Where the job specifications stipulate requirements in addition to those job contained in the standard codes and specifications, these additional requirements shall also be satisfied. In case of an irreconcilable conflict between Indian or other applicable standards. General Conditions of Contract, Special Conditions of Contact, Specifications, Drawings and/or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict in order of precedence. Letter of Acceptance alongwith Statement of Agreed Variations, Schedule of Rates and i) Telex/Fax of Intent Special Conditions of Contract ii) iii) General Conditions of Contract Job/Particular Specifications iv) v) Drawings vi) Technical/Material Specifications vii) Indian Standards Other applicable Standards viii) Shall form a part of the contract. 1.5 It will be the Contractor's responsibility to bring to the notice of Engineer-in-charge any irreconcilable conflict in the Contract documents before starting the work(s) or marking the supply with reference to which the conflict exists. In the absence of any Specifications covering any material, design or work(s) the same shall be performed/supplied/executed in accordance with standard engineering practice as per the instructions/directions of the Engineer-in-charge, which will be binding on the Contractor.

1.3

1.4

1.6

2.0 LOCATION AND ACCESS OF SITE The work site is located within MRPL refinery complex; Mangalore /Refer SCC 3. SCOPE OF WORK The scope of the work covered in this tender shall be as specified in the various Technical Specifications/SCC. It is, however, explicitly understood and confirmed by the CONTRACTOR that the scope as described in the TENDER DOCUMENT is not limiting, in so far as the responsibilities of the Contractor shall include, inter-alia, carrying out any and all works and providing any and all facilities those are required in accomplishing the task, complying fully with all requirements as are envisaged of it, complete in all respects and satisfying all performance and guarantee requirement stated or implied form the contents of the BIDDING documents. 4.SCOPE OF JOB/WORK/SERVICES/BOQ/PRICE BID Please refer to SCC for Tech specifications/conditions/Price bid.

5.TIME SCHEDULE/MOBILISATION/COMPLETION PERIOD MOBILISATION TIME: As per the instructions of EIC. START DATE: To be intimated by EIC.

12

COMPLETION PERIOD: 31.12.2014. The work shall be executed strictly as per the time schedule. Monthly/weekly construction programmes will be drawn up by the Engineer-in-charge jointly with the Contractor based on demand/ availability of materials, work fronts etc. The Contractor shall scrupulously adhere to the targets/programmes by deploying adequate personnel, survey instruments, construction equipment, tools and tackles and also timely supply of required materials coming within his scope of supply as per contract. In all matters concerning the extent of targets set out in the monthly/weekly programme and the degree of achievements, the decision of Engineer-in-charge will be final and binding on the Contractor. Contractor shall give every day report on deployment of category-wise labour and equipment along with the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge. 6.UNDERGROUND AND OVERHEAD STRUCTURES The Contractor will familiarise himself with and obtain information and details from the Owner in respect of all existing structures, overhead lines, existing pipelines and utilities existing at the job site before commencing work. The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines etc are not disturbed or damaged and shall indemnify and keep indemnified the Owner from and against any destruction thereof or damages thereto. 7. CO-ORDINATION WITH OTHER AGENCIES The work shall be carried out in such manner that the work of other agencies operating at the site is not hampered due to any action of the Contractor. The Contractor will be responsible for ensuring proper co-ordination with other agencies. In the event of any dispute between the Contractor and any other agency employed at the job site arising out of or related to the performance of the work, the decision of the Engineer-in-charge shall be final and binding on the Contractor. 8. LABOUR LAWS The Contractor shall obtain necessary licence from the Licensing Authority under the Contract Labour (Regulation & Abolition) Act, 1970 and the Central Rules framed there under and produce the same to the Engineer-in-charge before start of work. The Contractor shall not undertake or execute or permit any other agency or sub-contractor to undertake or execute any work on the contractor's behalf through contract labour except under and in accordance with the licence issued in that behalf by the Licensing Officer or other authority prescribed under the Factories Act or the Contract labour (Regulation & Abolition) Act- 1970 or their applicable law rule or regulation if applicable. The provision of EPF & MP Act. 1952 and the Rules/Scheme there under shall be applicable to the Contractor and the employees engaged by him for the work. The Contractor shall furnish the code number allotted by the RPFC Authority, to the Engineer-in-Charge before commencing the work. The Contractor shall be exclusively responsible for any delay in commencing the work on account of delay in obtaining a license under clause 6.1 above or in obtaining the code number under Clause 6.3 above and the same shall not constitute a ground for extension of time for any purpose. The Contractor shall enforce the provisions of ESI Act and Scheme framed there under with regard to all his employees involved in the performance of the Contract and shall deduct employee's contribution from the wages of each of the employees and shall deposit the same together with employer's contribution of such total wages payable to the employees in the appropriate account.

9. LABOUR RELATIONS In case of labour unrest/labour dispute arising out of non-implementation of any law, the responsibility shall solely lie with the contractor and he shall remove/resolve the same satisfactorily at his cost and risk. The Contractor shall deploy only duly qualified and competent personnel for carrying out the various jobs as assigned by the Engineer-in-Charge from time to time. The workmen deployment by the contractor should also possess the necessary licence etc., if required under any law, rules and regulations. The Contractor shall ensure that local labour, skilled and/or unskilled, to the extent available shall be employed in this work. Special preference shall be given to persons and/or dependents of persons whose land has been acquired for the project work. In case of non-availability of suitable labour in any category out of the above persons, labour from outside may employed. The Contractor shall not recruit personnel of any category from among those who are already employed by the other agencies working at site but shall make maximum use of local labour available.

13

(a) Payment to contract workmen: In case of manpower based Contracts, Contractor shall be responsible to make payment to his workers/ employees in respect of their salaries/ wages through bank cheques/ crediting to bank A/c; the consent of the labour should be obtained before crediting wages to the bank account, the contractor shall pay wages to all his employees on or before 7th of the following month under the supervision of authorised MRPL personnel and a copy of proof of payments to be submitted to MRPL; MRPL may demand such payment of wages under supervision of MRPL, if found necessary. The rates of wages shall be in conformity to the minimum wages act. 10. CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE WORK The Contractor's labourers must leave the location of the project site/township after the work is tapered/completed to avoid creation of a Slum in the areas adjoining the project/township. 11. TEMPORARY WORKS All Temporary and ancillary works including enabling works connected with the work shall be responsibility of the Contractor and the price quoted by them for erection shall be deemed to have included the cost of such works, which shall be removed by the Contractor at his cost, immediately after completion of his work. 12.MAKE OF EQUIPMENTS/COMPONENTS Bidders shall procure and supply the items covered in their scope from the approved vendors. Wherever an item is specified or described by a particular brand name, manufacturer or vendor, the specific item mentioned shall be for establishing type, function and quality desired. Other manufacturer's products will be considered, provided sufficient information are furnished to the Employer to assess the products proposed as equivalent and acceptable. Contractor shall take prior approval from Engineer-in-Charge for procuring such items which are not covered under approved vendor list. 13. QUALITY ASSURANCE SYSTEM.- As applicable The Contractor shall include in his offer the Quality Assurance Programme containing the overall quality management and procedures which is required to be adhered to during the execution of contract. After the award of the contract, detailed quality assurance programme to be followed for the execution of contract under various divisions of works will be mutually discussed and agreed to. The Contractor shall establish document and maintain an effective quality assurance system as outlined in recognised codes. Quality Assurance System plans/procedures of the Contractor shall be furnished in the form of a QA manual. This document should cover details of the personnel responsible for the quality assurance. , plans or procedures to be followed for quality control in respect of Design, Engineering, Procurement, Suuply, Installation, Testing and Commissioning. The quality assurance system should indicate organizational approach for quality control and quality assurance of the construction activities at all stages of work at site as well as at manufacturers works and despatch of materials. The Owner/or their representative shall reserve the right to inspect/witness review any or all stages of work at shop/site as deemed necessary for quality assurance. The Contractor has to ensure the deployment of quality Assurance and Quality control Engineer(S) depending upon the quantum of work. This QA/QC group shall be fully responsible to carryout the work as per standards and all code requirements. In case Engineer-in-Charge feels that contractors QA/QC Engineer(S) are incompetent or insufficient contractor has to deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-InCharge. In case contractor fails to follow the instructions of Engineer-in-charge with respect to above clauses, next payment due to him shall not be released unless and until he complies with the instructions to the full satisfaction of Engineer-in-charge. 14. TEST AND INSPECTION OF WORKS The Contractor shall carry out the various tests as per direction of Engineer-in-Charge either on field or outside/laboratories concerning the execution of work and supply of the material by contractor. All the expenses shall be borne by the contractor and shall be considered as included in the rates quoted. The inspection shall be done by the following agencies: (a) Representative deputed by Engineer-in-charge (b) Representative deputed by Statutory Authority Contractor shall give prior notice sufficiently ahead of time to the Engineer-in-charge and also to the authorities to conduct inspection/to witness such tests. The work is subject to inspection at all times by the Engineer-in-Charge. The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this tender, the technical documents and the relevant codes of practice furnished to him during the performance of the work.

14

The Contractor shall provide for purpose of inspection access ladders, lighting equipment for testing and necessary instruments etc. at his own cost including Low Voltage Lighting equipments for tray fixing and inspection work. Compressed air for carrying out works shall be arranged by the contractor at his own cost. Any work not conforming to the execution drawings, specifications or codes shall be rejected forthwith and the Contractor shall carryout the rectifications at his own cost. All results of inspection and tests will be recorded in the inspection reports, proforma of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents. For materials supplied by Owner, contractor shall carryout the tests, if required by the Engineer-in-charge and the cost of such tests shall be reimbursed by the Owner at actuals to the Contractor or production of documentary evidence. Inspection and acceptance of the work responsibilities under this contract. by the Engineer-in-charge shall not relieve the contractor from any of his

15.LAND FOR RESIDENTIAL ACCOMMODATION Contractor shall arrange land for residential accommodation for his staff and workers at his own cost and the quoted price shall be deemed to include the same. 16.FUEL REQUIREMENT OF WORKERS/TRANSPORT Contractor shall be responsible to arrange at his own cost for the fuel requirement of his workers and staff, cutting of trees etc. shall not be permitted for his purpose. To and fro from place of residence are also included in Price. 17. REGISTRATION UNDER STATE GOVT. SALES TAX ACT/Service tax etc: Refer GCC, Commercial terms. 18. CONSTRUCTION EQUIPMENT The Contractor shall without prejudice to his overall responsibility to execute and complete the work as per specifications and Time Schedule, progressively deploy adequate equipments and tools and tackles and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to suit the construction schedule. The tenderer shall submit a list of construction equipments he proposes to deploy for the subject work alongwith deployment schedule. No construction equipment shall be supplied by the Owner Unless, otherwise specified. Tenderer to ensure deployment of suitable cranes/required equipment and take all safety precautions during execution of work. Refer SCC for clear terms.

19. SITE ORGANISATION The tenderer shall submit the details of organisation proposed by him at site of work for the implementation of the works under the contract, together with bio-data of the key personnel. The contractor shall however without prejudice to his overall responsibility of execute and complete the works as per specifications and time schedule progressively deploy adequate qualified and experienced personnel together with skilled/unskilled manpower and augment the same as decided by Engineer-in- Charge depending on the exigencies of work to suit the construction schedule without any additional cost to owner. 20. ISSUE OF WORK ORDER/LOI Work order for the awarded work shall be issued after award of works, which is intimated to the successful tenderer by a Fax/Telegram/Telex/Detailed letter of intent. Until the final contract document/W.O is prepared and executed, this tender document together with annexed documents, modifications, deletion, agreed upon by the Owner and the Tenderer's acceptance thereof shall constitute a binding contract between the successful tenderer and the owner based on the terms contained in the above said documents and the finally submitted and accepted price schedule. The Work order shall consist of the following : (a) Fax/telex/Telegram of Intent, if issued. (b) Detailed Letter of Acceptance alongwith its enclosures (c) Original tender document with its enclosures (d) Agreement on Stamp paper, at MRPL discretion. The statement of agreed deviation shall be prepared based on the final terms and conditions and shall be enclosed alongwith Letter of Acceptance and all correspondence and minutes of meeting held between the owner and the tenderer prior to the issue of Telex/Telegram of Intent shall be treated as NULL AND VOID . Any deviation or stipulation made and accepted by the owner after the award of jobs shall be treated as amendments to the contract documents.

15

20.PROVIDENT FUND The Contractor should strictly comply with the provision of the Employees Provident Fund Act. (a) (b) (c) Obtained licence under Contract Labour (Abolition and Regulation)Act 1970 P.F. Registration Number allotted to them by RPFC. The agencies should promptly deposit P.F. deduction of the eligible contract employees plus the employers contribution to the RPF. For this purpose agency must submit a certificate in their Bill that PF amount has been deducted from the eligible employees and alongwith the employers contribution has been deposited with RPFC. In support of this the agency must furnish the challan / receipt for the payment made to RPFC for the earlier months.

If the certificate and the challan / receipt are not furnished, the Finance & Accounts Dept. of Owner will deduct 16% (Sixteen Percent) of the amount of the Contractors bill and retained deposits may only be refunded to the contractor on production of the Challan / receipt. 21. ROYALTY All royalties etc., as may be required for any Borrow Areas including right of way et. to be arranged by Contractor shall be deemed to have been included in the quoted prices. Contractors quoted rate should include the royalty on different applicable items as per the prevailing State Government rtes. In case, owner is able to obtain the exemption of Royalty from the State Government, the Contractor shall pass on the same to owner for all the items involving Royalty. Any increase in prevailing rate of Royalty shall be borne by the Contractor at no extra cost to the Owner. The contractor should indicate the rate of Royalty considered in their offer. 22. MODVAT/Service tax set-off Benefits. It is to be noted that the agency shall be required to submit the documentary evidence(s) for Excise duty paid by them to the concerned authorities for Owner to claim MODVAT benefit. Necessary invoice indicating Ex-works Excise duty paid shall be raised to enable Owner to claim MODVAT. Payment shall only be made as per the payment terms indicated in the tender against RA bills. The above details of Excise duty paid shall be submitted with each RA bills. Same as applicable for payment of Service tax and availment of service tax set-off benefits. 23. PUTTING UP OF BUILDINGS ON PROJECT SITE-If applicable The contractor shall put up temporary structures as required by him for his office fabrication shop and stores only on the area allocated to him on the Project Site. No tea stalls/canteens should be put up or allowed to be put up by contractor in plant area without written permission of the owner. No Person other than authorised watchman shall be allowed to stay in the plant area after completion of the days work without prior written permission of the Engineer-in-charge. 24. CONSTRUCTION POWER & WATER (If APPLICABLE) (a) (b) CONSTRUCTION POWER : As referred under SCC CONSTRUCTION WATER : As referred under SCC

25. INSURANCE Owner shall at its own cost and expense take insurances, which shall be

out from a suitable insurance company and maintain the following

Erection All risks Insurance (EAR) or Contractor's All Risks Insurance (CAR) The OWNER at his own cost has taken an "all risk" type insurance policy. These policies apply only to insurance risks at site and to no other location. The CONTRACTOR shall be solely liable in the event of his and/or SUBCONTRACTOR's having caused any loss or damage of any nature arising out of or in connection with the execution of the WORK not covered under those policies and shall indemnify the OWNER and /or his representative in respect of any claim in respect of any such loss or damage. The CONTRACTOR shall make himself fully familiar with the terms of the said policies and take such additional insurance as he may deem necessary at his own cost. 26. CONTRACTOR- FURNISHED INSURANCE Insurance Cover for Workmen: The contractor shall obtain adequate Insurance Policy in respect of his workmen to be engaged for the work compulsorily towards compensations as admissible under the Workmens Compensation Act 1923, and Rules framed there under upon death/disablement of a worker and the same has to be produced to the DGM (P & HR) before start of the work.

16

All workers whose salary is more than Rs 15,000/- per month need not to be covered by ESI. However, contractor to take insurance policy to cover the risk towards temporary disablement and permanent disablement for the workmen. CONTRACTOR shall at his cost and expense take out from a suitable insurance company acceptable to owner and maintain for the entire period until ACCEPTANCE OF WORKS or until such time thereafter as the CONTRACTOR may consider appropriate the following insurances. (1) Workmen's Compensation Insurance (WCI) This insurance shall confirm to and satisfy all the requirements of the applicable laws and regulations of the country, state territory or province having jurisdiction over the CONTRACTOR 's employees engaged in the WORKS. Employer's Liability Insurance (ELI) (2) The insurance shall cover the liability of the CONTRACTOR as employer, for compensation beyond the coverage of the Workmen's Compensation Insurance for bodily injury to or loss of life the CONTRACTOR's employees while engaged in the WORKS. (3) Third Party Liability Insurance (TPL) This insurance shall cover legal liability for bodily injury to loss of life of and/or damage to and loss of properties of the third person party arising out of the performance by the CONTRACTOR of the works. (4) Automobile Liability Insurance (ALI) This insurance shall cover all the CONTRACTOR's liabilities in connection with use by the CONTRACTOR for the WORKS of any mobile equipment and automobile and when used which are owned, non-owned hired and otherwise placed under the CONTRACTOR's administration and control, for bodily injury to loss of life of and/or property damage of any person or party. (5) Movable All Risks Insurance (MRI) This insurance shall cover the damage to and/or loss of the CONSTRUCTION EQUIPMENT including watercraft and aircraft and further including the CONTRACTOR's TEMPORARY WORKS, owned, non-owned, hired or otherwise placed under the CONTRACTOR's administration and control with the full replacement value coverage for each and every occurrence. (6) Other Insurance Other insurance which shall be necessary or which the CONTRACTOR deems necessary for proper performance of the WORKS e.g. Overseas (and/or Domestic) Travellers accident Insurance. Burglary Insurance All Risks marine cargo Insurance for the CONTRACTOR's CONSTRUCTION EQUIPMENT, tools and machinery, and for equipment and materials that the CONTRACTOR's TEMPORARY WORKS and that the CONTRACTOR under the CONTRACT may supply for the WORKS and/or the PERMANENT WORK and Fidelity Guarantee Insurance The CONTRACTOR agree that the provisions of this Clause shall to the extent as appropriate, be apply all the contracts that may for the WORKS be entered into by and between the CONTRACTOR and the respective SUBCONTRACTORs and unless the CONTRACTOR furnished insurance called for by the CONTRACT are good also for the SUBCONTRACTORs their properties and/or their liabilities in connection with the WORKS the CONTRACTOR shall include in such contracts as aforementioned the requirements for insurance conforming to this clause. Inclusion of such insurance requirements in such contracts as aforementioned however, shall not release the CONTRACTOR from any of his responsibilities and liabilities under the CONTRACT.

27.0 RECOVERY OF SUMS DUE Whenever any claim against the CONTRACTOR for payment of a sum of money arises out of or under the contract, the Owner shall be entitled to recover such sums from any sum then due or which at any time thereafter may become due from the contractor under this or any other contract with the Owner and should this sum be not sufficient to cover the recoverable amount the Vendor shall pay to the Owner on demand the balance remaining due. 28. DIFFERENCE IN MEANINGS/TERMS. In case of any difference of any of the terms and conditions either in the meaning or understanding or contradictory terms or conditions at different places/portions in this document, the more stricter terms favouring MRPL will apply. The bidder shall also seek clarifications on such issues from MRPL before submission of the quotes. 29.0 VERIFICATION OF CHARACTER AND ANTECEDENTS OF CONTRACTUAL MANPOWER In all contracts involving deployment of contractor's manpower within MRPL premises like Plants and Offices etc. the contractor shall submit the following documents to MRPL prior to start of work: i. Undertaking from the contractor that they have scrutinised the previous work history of the person(s) proposed to be deployed by them and character and antecedents of person(s) proposed to be deployed by them is / are impeccable. Along with the above mentioned undertakings, the contractor will provide certified photocopies of police verification certificate for inspection by the authorised representatives of MRPL. The contractor has to obtain Police Verification Report from the area where the person(s) to be deployed has / have been residing since the last five years. In case the person concerned has not resided at a place for five years at a stretch, Police verification reports should be obtained from that area where the person(s) has / have stayed earlier.

ii.

17

iii.

The contractor shall ensure at the time of submitting their final bills to the EIC, that it is accompanied by a NOC from Security Dept., MRPL, for having surrendered all Photo passes and Bio-Metric cards issued by MRPL. If any Pass and Bio-Metric Cards are not surrendered even after the completion of job / contract, the contractors are liable to pay a fine of Rs.200/- for every un-surrendered pass and Rs. 100/- for every Bio-Metric card (These fine amounts are subject to revision by Security Dept., MRPL, from time to time.

30. The tender terms/ conditions as per SCC (Special conditions of the contract) Supercedes all similar terms prescribed under GCC./ Other Conditions of Contract (OCC). 31. Please refer to SCC for solvency certificate , Defect liability period, Retention money etc that may be applicable to the tender.

18

Other Conditions of the Contract (Continued)


1. Statutory Requirements/ Safety related aspects- (as applicable). a) This shall be read in conjunction with the MRPL General Conditions of Contract, Special Safety Precautions to be taken by the Contractors working in Operating Refinery, Specification of Work, Drawing or any other document forming part of this contract wherever the context so requires.

b) c)

Contractor shall be responsible for the safety and health of all his employees. All Liabilities under IE rules 1956/labour laws, insurance on account of this contract for personnel/labour shall be done by the contractor. Engineer In-charge in co-ordination with P&A dept will be ensuring that all these statutory requirements pertaining to labour and safety is complied by the Contractor during the execution of the said contract. Workmen employed by the contractor are required to comply with/maintain the following under contract labour (regulation and abolition) act and also make it available for the inspection by GM (P &A). Workmen register Attendance register Wage register (payment to be made strictly as per minimum wages act) Work commencement certificate from labour commissioner and labour license if required Insurance cover towards temporary disablement and permanent disablement for the workmen PF Contribution -As per PF act the contractor has to obtain separate code for the PF of their employee from the PF commissioner/MRPL. Details of payment of PF for the wages disbursed by the contractor to the workmen shall be submitted to GM (P & A) periodically. d) The contractor should give an Undertaking that he has gone through all terms and conditions of MRPL General Conditions of Contract and all terms and conditions are agreeable to them. e) Contractor shall ensure strictly all Safety Precautions to be taken in an Operating Refinery. Special safety precautions to be taken by the contractors working in operating refinery is ro be taken from Engineer Incharge. f) Contractor shall ensure that all workmen entering refinery premises are provided with valid photo gate passes and to be produced on demand by each workman. g) The Contractor shall submit the Bio-data of all the employees including the Supervisor to the Engineer-in-charge before taking up the job. Only those employees whose Bio-data are approved shall be allowed to work inside the Refinery Complex. The personnel engaged by the Contractor shall maintain good conduct and discipline commensurate with Industrial standard. If in the opinion of the Engineer-in-charge any of the personnel have not maintained good conduct and discipline, the Contractor shall remove such personnel immediately from MRPL premises and provide alternate personnel. h) The Contractor shall make his own transport arrangements/stay and food for their personnel during normal duties as well as extended duties and no company transport shall be provided to the Contractor. i) The Contractor shall make himself fully conversant with the locations and the type of job to be carried out. House keeping of the workplace shall be done strictly by the Contractor on daily basis or as required by the Engineer-in-charge. Contractor to collect all debris/ scrap and dump at designated Scrap Yard within the Refinery. The Contractor shall prepare plan for executions of jobs and get the same approved by the Engineer-in-charge. The Contractor shall submit progress report at specified intervals and shall be responsible to ensure the specified progress. The Contractor shall ensure that days work planned by MRPL Engineer-in-charge is completed on the same day. In case of backlog, the Contractor to increase the manpower or equipment resources to ensure timely completion of the job.

j)

k)

l)

m) The Contractor shall ensure good workman-ship in all the jobs carried out. Any defects found in the completed jobs shall be rectified by the Contractor free of charge to the satisfaction of the Engineer-in-charge. n) If at any stage of the work, the progress of the Job is found unsatisfactory, MRPL reserves the right to carry out the remaining portion of the Job by hiring the services of the other agencies and charge the cost of such services to Contractors account. In case of any disputes MRPLs decision will be final & binding. o) The work to be carried out in a manner so as not to cause damage to the surroundings. Damage if caused during carrying out the Job has to be made good by the Contractor at no extra cost to MRPL. p) No Extra Bill or Claim for extra work or supply of material will be entertained unless undertaking of such extra work/supply of material has been authorised by MRPL in writing. q) MRPL reserves the right to terminate the Contract without assigning any reason at any time during the validity of the Contract period. r) Bills shall be submitted to Accounts Dept. on any working day duly certified by the Engineer-in-charge after completion of work. s) MRPL reserves the right to award the job in full or in any combination of the items as felt convenient.

19

2. SPECIAL SAFETY PRECAUTIONS TO BE TAKEN BY CONTRACTORS WORKING IN AN OPERATING REFINERY. 1. SMOKING/use of cell phones INSIDE THE REFINERY IS STRICTLY PROHIBITED. Contractor shall ensure that all workmen employed do not smoke inside the refinery premises. Workmen shall not strike any arc or light naked flame without valid permit. They will not be permitted to bring in any flammable materials or matches while entering the refinery premises. Contractor shall ensure that valid permits are available for doing the work. Contractor shall not start or continue any type of work without the valid permit. The contractor shall strictly adhere to all conditions and safety precautions mentioned in the work permits. MRPL reserves the right to cancel any work permits issued, without assigning any reason. Contractor should ensure that all workmen being employed inside the Refinery premises have undergone Fire & Safety Training Program conducted by MRPL from time to time. The contractor shall ensure that their men do not tamper with the facilities in operation. They shall not operate any Valves/ Switches etc. unless specifically directed to do so by Engineer-in-charge. All contract men shall wear Safety Helmets & Safety Shoes & medically fit to carry out such jobs. They will not be permitted to enter operation unit area without wearing safety helmet & safety shoes. Depending upon the nature of the job, contract men shall compulsorily wear Personal Protection Equipment such as Hand Gloves, Safety Belt, Face Shield, Goggles, Boiler Suit. However other than the above, special PPE if required for the job will be supplied by MRPL on returnable basis. Contractor shall instruct his workers to stop all jobs immediately in case of fire alarm. Further they must leave the work site and proceed towards the designated areas like, the central control room in case they are working in the Upper Plateau and OM & S Building if in Lower Plateau. (Except during testing of the Fire alarm at 13.00Hrs every Saturday.) Contractor shall instruct his workers to stop all jobs immediately incase release of liquid/gas/toxic/hazardous chemicals etc, and inform the concerned MRPL personnel available at site. The contractor shall ensure that his workmen do not move around freely inside refinery premises other than the assigned place of work & also do not sleep anywhere inside refinery premises. Consumption of intoxicating preparation or attending duty under the influence of such products is Strictly Prohibited. The personnel engaged by the Contractor shall maintain good conduct and discipline commensurate with Industrial standard. If in the opinion of the Engineer-in-charge any of the personnel have not maintained good conduct and discipline, the Contractor shall remove such personnel immediately from MRPL premises and provide alternate personnel. Contractors Vehicles/Engines and permitted type of electrical equipment & tools that are to be used inside operating units are to be certified by competent authority. MRPL may suspend work at any time or terminate the contract for a pattern of frequent failure to adhere to Safety Laws, Regulations & Onsite-Safety Procedures. Labours exposed to the hazard of vehicular movement should wear reflective jackets.

2. 3. 4. 5. 6. 7.

8.

9. 10. 11. 12.

13. 14. 15.

20

Appendix I Attachment to BEC/Technical bid MANGALORE REFINERY & PETROCHEMICALS LIMITED Technical/commercial bid-Qualifying Criteria STATEMENT OF CREDENTIALS Tenderers should fill their technical offer by providing all information as follows(If not applicable- Please mention as N/A) ; 1. 2. Name of the Firm Nature of the Firm (State whether Limited Company, partnership Firm, Co-op. Society or Sole Proprietor, Photocopies of documents Confirming constitution of the firm to be Enclosed) Year of Establishment Registration Number, if any Registered Postal Address Telegraphic Address, if any Telephone No. (s) Fax No. (s), if any E-mail ID, if any Address of Branches, if any Name of Directors/ partners / Proprietor ( as The case may be) with address & Telephone No.(s). Permanent Income Tax No. Last Income Tax Clearance (Attach Photocopy) Sales Tax Registration(state/vat/cst) Excise Registration Name of Bankers & Branch with full address Type of Account & A/C No.

3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17.

18.

Name (s) of Authorised Representatives (s) Note : Power of Attorney signed by the Director(s)/ Partners / Proprietor in favour of the authorized Person signing the tender documents must be enclosed Type of job in which engaged as independent manufacturer . contractor Maximum value of the Job the Contractor/ manufacturer is capable of Handling per year. ( Furnish details of your Financial standing together with the Bank References and necessary Solvency certificate From their banker (Nationalised) as per Banks Format). Were you associated with MRPL in any Other contract in the past

19.

20.

21.

22.

21

23. 24.

Are you currently having any contract with MRPL Are you on the approved list of other Oil Cos/ Public Sector Undertakings / govt. Dept. Etc. If so, furnish true copies of Certificates certifying your performance Please confirm that you have qualified/ trained / experienced staff on your payroll to handle this job

25.

26. Furnish Audited Balance sheet for last 3 Years ending previous finanicial year. 27. Details of technical collaboration. Please provide Documentary support (Xerox copies ) if any and the brief experience of the parties 28. Confirmed that for acceptance . of the Security Deposit 29 Brief Description of the job methodology/Quality Assurance :

30

Details of Testing methods and equipments that will be made available.

31.

Details of your Past Experience in the country (India) in this nature of job.

32. Whether the bidder is put on Holiday list of any of the PSU. (If sought later, an affidavit to be produced later to MRPL.)

Note:The Bidder to fill up the above and enclose alongwith Technical Bid.

22

Appendix-II A. Declaration regarding relations with any of the MRPL Directors Details , if any shall be provided by the bidder. B. Declaration regarding whether the bidder being a Proprietor or Partner of the Company and employed in State/Central/Quasi Govt/OR public sector/or any other Government Institution. Details , if any shall be provided by the bidder.

Any false information will be liable for severe action like Cancellation of the Order, Forfeiture of Security deposit including Black listing of the Bidder Company in all ONGC /MRPL establishments.

SIGNATURE OF THE BIDDER WITH SEAL

23

Section- D PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT To be executed on Non Judicial Paper Rs.100/- (Rs.One hundred only) as per Karnataka Stamp Act Guarantee No. Date of Issue Date of Expiry : : : Date of Expiry of Claim Period : : Rs._____

Value of Bank Guarantee

M/s.Mangalore Refinery and Petrochemicals Limited, Kuthethoor P.O., Via. Katipalla Moodapadav, Mangalore-575 030 Karnataka, India. This Guarantee executed at (place of execution) on this .., 2008 by __________(BANK), having its branch office at______________________, and its Head Office at ________________, (hereinafter referred to as "the Bank") which expression shall unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns for the benefit and in favour of Mangalore Refinery and Petrochemicals Limited, a Company incorporated in India, having its Registered Office at Kuthethoor P.O., Via. Katipalla, Mangalore-575 030 Karnataka, India (hereinafter referred to as the Purchaser) which expression shall unless repugnant to context or contrary to the meaning thereof, include its successors and assigns WHEREAS the Purchaser has placed a Purchase Order (hereinafter referred to as the Purchase Order) No._________Dated_________ for Rs.__________ (Rupees _______________________ Only) with M/s.__________________________________ (hereinafter referred to as the Seller) which expression shall unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns. AND WHEREAS BANK has at the request of the Seller agreed to issue in favour of the Purchaser a guarantee in the manner hereinafter appearing which the Purchaser has agreed to accept. NOW THIS GUARANTEE WITNESSTH AS FOLLOWS: 1. In pursuance of the Purchase Order and in consideration of the Purchaser agreeing to accept SECURITY DEPOSIT @ 10% of the Purchase Order value from us, we, BANK hereby guarantee to the Purchaser due observance and fulfillment by the Seller of the terms and conditions of the Purchase Order and the Performance which is a part of the Purchase Order and agrees to undertake that if the Seller fails to observe and fulfill the terms and conditions of the Purchase Order and /or the Performance , then, BANK shall immediately pay to the PURCHASER on demand such sum or sums of money to the extent of Rs.______ (Rupees___________________only) being the _______% value of the Purchase Order on account of non fulfillment by the Seller as aforesaid and shall also indemnify the Purchaser against all losses and damages which may be suffered by the Purchaser as aforesaid and also against all costs, charges, expenses which may be suffered by the Purchaser in connection with and/or arising out of or touching upon the Purchase Order BANK shall pay the said amount without any demur or protest merely on demand from the Purchaser and without recourse to the Seller and/or other Authorities. The decision of the Purchaser as to whether the terms and conditions of the Purchase Order have been observed or not, shall be final and binding on the BANK. 2. This guarantee is a continuing one and shall not be revocable except with the previous written consent of the Purchaser and save as aforesaid it will continue in full force and effect until the Seller has maintained the Schedule of Delivery as per the Purchase Order and observed and fulfilled the said Performance Warranty and all other terms and conditions of the Purchase Order. 3. The Purchaser may without affecting BANK's liabilities and obligations hereunder, grant time or enter into other indulgence or compound with the Seller or enter into any agreement or agree to forebear or to enforce any of their terms and conditions of the Purchase Order against the Seller or agree to vary any of the terms and conditions of the Purchase Order. 4. This guarantee shall not be affected by any change in the constitution of the Purchaser or the Bank or the Seller and shall remain in full force and effect until the liabilities of the Bank are discharged by the Purchaser. 5. For the purpose of giving effect to this guarantee, the Purchaser is entitled to act as if BANK were the Principal Debtor and the BANK hereby waives all and any of its rights of suretyship.

24

6. This guarantee shall continue to be in force notwithstanding the discharge of the Seller by operation of law and shall cease only on payment of full amount hereby secured by BANK to the Purchaser and also the claim of the Purchaser against the Seller in respect of the Purchase Order is fully satisfied. 7. This guarantee issued by BANK shall be in addition to and not in substitution of any other guarantee or security given or to be given by the Seller to the Purchaser in respect of the Purchase Order. 8. This guarantee is valid upto .(Date of expiry) and BANK shall be released and discharged from all liabilities hereunder unless a written claim/demand for payment under this Guarantee is lodged on us on or before . (Date of expiry of claim) irrespective of whether or not the original guarantee is returned to us 9. Demand or claim or hereunder shall be deemed effective when served by hand or sent by Registered post to BANK, addressed as aforesaid. 10. The validity of the guarantee shall be extended upon request by the Seller from time to time.

11. These presents shall be governed by and construed in accordance with the Indian Law. 12. BANK hereby declares that it has the power to issue this guarantee and the undersigned is/are fully authorized to sign and execute the same vide Power of Attorney dated.. issued to me/us by the Bank. NOTWITHSTANDING ANYTHING CONTAINED HEREINABOVE: Our liability under this guarantee is restricted to Rs._________ (Rupees _________________________ Only) This guarantee shall be valid upto ________201.. (Date of expiry) and We are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you serve upon us a written claim or demand on or before ________201.. (3 months from the date of expiry) SIGNED AND DELIVERED for and on behalf of the above named.

25

PROFORMA OF BANK GUARANTEE FOR EMD To be executed on Non-Judicial Paper of Rs.100/- (Rs. One hundred only) as per Karnataka Stamp Act.

BANK GUARANTEE

In consideration of M/s Mangalore Refinery And Petrochemicals Ltd., registered under the Companies Act, 1956, having its Registered Office at Kuthethoor P.O., Via Katipalla, Mangalore-575030, hereinafter called MRPL which expression shall, unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns having invited / floated Tender to_______________________________________________________Proprietorship / Partnership Firm / Company registered under the Indian Partnership Act, 1932 / the Companies Act, 1956, having its office at___________________________________________________, (hereinafter called the Tenderer which expression shall, unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns vide Tender No._____________ dated_______________ (hereinafter called the Tender which expression shall include any amendments / alterations to the Tender by MRPL for the supply of goods to / execution of services for MRPL and MRPL having agreed not to insist upon immediate payment of Earnest Money for the fulfillment and the performance of the said Tender in terms thereof on production of an acceptable Bank Guarantee for an amount of Rs.____________(Rupees_____________________only). We,______________ having office at________________________.. and Head Office at . (hereinafter referred to as The Bank which expression shall, unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns at the request and on behalf of the Tenderer hereby agree to pay to MRPL without any demur on first demand an amount not exceeding Rs._______________(Rupees______________________only) against any loss or damage, costs, charges and expenses caused to or suffered by MRPL by reason of non-performance and non-fulfillment or for any breach on the part of the Tenderer of any of the terms and conditions of the said Tender. We___________further agree that MRPL shall be the Sole Judge whether the said Tenderer has failed to perform or fulfill the said Tender in Terms thereof or committed breach of any of the terms and conditions of the Tender and the extent of loss, damage, costs, charges and expenses suffered or incurred or would be suffered or would be incurred by MRPL on account thereof. We________Bank further agree that the amount demanded by MRPL as such shall be final and binding on the Bank and the Bank undertake to pay to MRPL the amount so demanded on first demand and without any demur notwithstanding any dispute raised by the Tenderer or any suit or other legal proceedings including Arbitration pendings before any Court, Tribunal or Arbitrator relating thereto and our liability under this guarantee being absolute and unconditional. We,_______________Bank, further agree with MRPL that MRPL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Tender or extend time for the performance by the Tenderer from time to time or to postpone for any time any of the powers exercisable by MRPL against the Tenderer and to forbear to enfore any of the terms and conditions relating to the Tender and we shall not be relieved from our liability by reason of any such variation or extension being granted to the Tenderer or for any forbearance, act or omission on the part of MRPL or any indulgence by MRPL to the Tenderer or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us. NOTWITHSTANDING anything herein before contained, our liability under this guarantee is restricted to Rs._________(Rupees________________________). Our liability under this guarantee shall remain in force until expiration of 180 days from the date of opening of the said Tender. Unless a demand or claim under this guarantee is made on us in writing within the said period, that is, on or before____*___all rights of the Messers under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities thereunder. We,__________Bank, further undertake not to revoke this guarantee during its currency except with the previous consent of MRPL in writing. 7)This guarantee shall not be affected by any change in the constitution of the Tenderer or the Bank or MRPL and shall remain in full force and effect until the liabilities of the Bank are discharged by MRPL IN WITNESS WHEREF the Bank has executed this document on this_________day of__________2011.

For_________Bank

*Pl. mention/put specific date

26

BQC Compliance Criteria to be filled by party

Sl.No

BQC (BID QUALIFICATION CRITERIA)

BQC Data Compliance Criteria to be filled by party (Details to be furnished by bidder)

BQC-1

BQC -2

BQC-3

Seal & Sign:

27

Deviation statement
Tender no: Technical deviations, if any

Commercial deviations, if any

NB: In case of No deviation Bidder to write NIL & sign.

Seal & Sign :

28

APPENDIX VENDOR FORM FOR ELECTRONIC FUNDS TRANSFER PAYMENT & TAX DETAILS Please email soft copy of the details in the below format (Excel/ Word file) to mt_materials@mrplindia.com Please use additional copies of this form if your Company has additional Branches/ Divisions dealing with MRPL Chief Manager - Materials (ERP) Mangalore Refinery & Petrochemicals Ltd., Kuthethoor P.O., via Katipalla, Mangalore. (Karnataka), Pin Code-575030, INDIA The following is a confirmation/ updation of our bank account details and I/we hereby affirm our choice to opt for payment of amounts due to us under various contracts through electronic mode. 1. Vendor/ Contractor particulars: (i) Name of the Company: (ii) Existing Vendor Code (given by MRPL) (ii) Complete Postal Address: To:

(iii) Pin code/ ZIP code: (iv) Telephone nos. (with country/area codes): (v) Fax No.: (with country/area codes): (vi) Cell phone Nos.: (vii) Contact persons /Designation: (viii) Email IDs: 2.Bank Account Particulars: (i) (ii) (iii) (v) Name of the Account holder: Complete Bank Account No. (for Electronic Funds Transfer): Account type : Bank Branch:

(iv) Bank Name : (vi) Bank Branch Contact Nos.: (vii) 11 digit IFS Code (for Bank Branches in India) (viii) Swift Code (for Bank Branches not in India): 3. Tax Registration numbers: *(Please fill in the applicable fields and attach relevant proofs) (i) Income Tax PAN no.: (ii) VAT TIN /Local Tax Registration No.: (iii) State of VAT Registration: (iv) CST Registration No.: (v) Excise Registration No.: (vi) Excise Range: (vii) Excise Division: (viii) Excise Commission rate: (ix) Service Tax Registration No.: (x) ECC No.: (xi) Central GST No. (if available/ applicable): (xii) Local GST No. (if available/ applicable): 4. Organisational information: (i) Company /Partnership Firm /Proprietory Concern / Society/Trust /NGO/Others (Specify): (ii) Micro Enterprise/Small Enterprise/ Medium Enterprise/ SSI/ Govt. Deptt./ PSU/ Others(Specify): (Refer Micro, Small and Medium Enterprises Development Act, 2006) I/we hereby confirm that the particulars given above are correct and complete and also undertake to advise any future changes to the above details. ______________________________________ Name, Seal & Signature of Authorised Signatory Certified that the Particulars as in Sr. No. 2 above are correct as per our records.

-------------------------------------Bank Seal & Signature

29

ENQUIRY SPECIFICATIONS

Mangalore Refinery and Petrochemicals Limited


(A Subsidiary of Oil & Natural Gas Corporation Limited)

Comprehensive Water Audit Study in the Refinery

30

1. Introduction:
Mangalore Refinery and Petrochemicals Limited (MRPL), a grass root refinery, is a subsidiary of Oil and Natural Gas Corporation Limited. Water Auditing is a regulatory requirement. As per Local Area Committee Meeting on implementation of Action Plans organized by Karnataka State Pollution control Board, it is recommended by the Board to do the Water Audit in the refinery by reputed agency. Water audit determines the amount of water lost from a distribution system due to leakage and other reasons such as theft, unauthorized or illegal withdrawals from the systems. In MRPL, Raw water is being pumped from Nethravati river which is located about 45 Km from refinery complex.

2. Scope of Work:
To conduct water audit which include a record of the amount of water produced (total water supply), water delivered to metered users, water delivered to unmetered users, water loss and suggest measures to address water loss (through leakages and other unaccounted for water losses). To prepare layout of water sources, distribution network, service/delivery points to water users and return flow of waste or excess water. The layout/PFD shall be depicted refinery wide (detailed network) as well as unitwise (plantwise) Identify losses in fire water network. This is to enable operating only jockey pump for maintaining header pressure instead of high capacity pump. The distribution shall include separate drawings for drinking water network, utility water network, cooling water network, fire water network, raw-water network, DM water network. Sour water network, Slop network, feedwater network, etc. The layout should include locations and capacities of flow measurement devices installed at key points, dimensions of pipes, locations and particulars of flow control devices. Vendor has to carry out water balance across refinery complex and outcome / problem to be listed in the study report. Water Audit to be carried out with the help of existing data and information available. Vendor should not ask for any further data which is not possible to provide by MRPL. Study report should contain (a) Where the losses occur (b) How much loss is in each problem area (c) What possible solutions exist (d) Cost of the solutions, and (e) Time to implement the solutions Water consumption reduction opportunities. This will include schemes for optimization / reduction in freshwater consumption and audit of various effluents generated in the refinery to identify their potential for recycling and requirement for further treatment. Opportunities for minimization of effluent generation at the source. Pollutants (particularly oil) reduction opportunities at source to reduce pollutants load in wastewater. To identify, define and suggest solutions to overcome any specific problem that may be observed during the study period. All the instruments used during the course of study should be flame proof/intrinsically safe as required in the Refinery.

31

The Contractor has to bring portable type flow meter to cross check the accuracy of the existing flow meter readings. Repeatability of the measured data to be carried out to ensure correctness of data. The expert should identify the water losses due to evaporation in all Water Reservoirs (raw water fire water and other effluent treatment plant reservoirs) Vendor shall suggest suitable locations for installing flow meters for carrying out water balance independently by MRPL. Vendor shall identify and suggest scope and areas for rainwater harvesting other than proposed by MRPL Design & Engg. The distance between Nethravati river, Sarapady (Water supplied source) and the Refinery is approximately 45 km.

3. Contract Conditions:
Lodging, Boarding & Transportation arrangements to be made by the contractor. Analysis and laboratory facilities will be in contractors scope. The work permits system in the refinery to be followed if required. Monitoring team working inside the refinery should wear personal protective equipment and all other safety precautions to be followed. Monitoring team should be medically fit. Provide interim progress reports on the preliminary findings of the audit study. Vendor has to submit the study report after completing the study in soft & hard form. All the data/ information/ documents/ drawings provided by the owner, both in oral and written forms, shall not be disclosed to a third party without the written prior consent of the owner. For discussions / presentation / meeting with KSPCB, MRPL will reimburse travel expanses to the vendor. MRPL will also provide lodging, boarding and local conveyance for such meetings/discussion/presentation.

4. Contract Extension:
The contract period cant be extended as this study is a one time requirement.

5. Payment Terms:
Payment will be done against invoice after certification by MRPL (TS: Environment) after receiving the final reports. No advance payment will be made.

6. Deliverables:
Two numbers of Interim reports in hard and soft copies Final report: Four sets of hard copies A monthly presentation is to be made to the MRPL Management regarding the progress of the water audit at site covering the salient aspects, critical observations and recommendations A presentation to be made to the MRPL Management after the submission of final report on Water Audit covering the salient aspects, critical observations and recommendation 32

7. Recommendations for Water & Waste Water Management:


A. The report shall include establishment of water balance to understand the water consumption and discharge and the quantum of water loss in the system. B. Based on the outcomes of the observations and analysis, possibilities & options for appropriate and suitable water conservation activities and Management plans. C. Cost Benefit analysis on water saving. D. Recommendations to make Refinery water Neutral & Zero Discharge.

8. Compliance Statement:
Vendor must state categorically whether or not their offers meets all the requirements listed in the technical specifications. Any deviation from MRPL requirement should be listed clause wise in a separate chapter on deviations. Any deviation not listed in the chapter shall be considered as compliance.

33

Annexure to enquiry no 300001966 DTD 28.11.2013..

PRICE BID FORMAT (To be submitted in sealed & separate envelope)

SL. No.

Work Description

UOM

Quantity

Unit Rate (Rs)

Total Price (Rs)

TO CONDUCT COMPREHENSIVE WATER AUDIT STUDY IN THE REFINERY AS PER THE SPECIFICATIONS .

LS

Total Price (Rs)

NOTE :
1.

Above rates shall be inclusive of all applicable charges, taxes and duties except Service Tax. Tax shall be paid as extra at actuals.

2. Service

3. All price to be quoted as per enclosed details specification. 4. This SOR to be attached in a separate sealed envelope, otherwise bid may not be consider.

Signature of bidder with seal.

34

You might also like